University of Colorado Denver Anschutz Medical Campus. Project B401 West Wing 1 st Floor Mold Repair

Size: px
Start display at page:

Download "University of Colorado Denver Anschutz Medical Campus. Project 817780. B401 West Wing 1 st Floor Mold Repair"

Transcription

1 University of Colorado Denver Anschutz Medical Campus Project B401 West Wing 1 st Floor Mold Repair April 9, 2014

2 Project Bid Documents Table of Contents A. Documents required for bidding 1. Advertisement for Bids 2. Information to bidders State Form SBP Bid Form State Form SBP Bid Bond State Form SBP Tax Exemption See D3 Appendix A 6. Notice of Award State Form 6.15 B. Documents required from the successful bidder 1. Minority/Women Business Enterprise Participation Report Form UCD MWBE-1 1. Illegal Aliens Certificate State Form UI-1 2. Performance Bond State Form SC Labor and Material Bond State Form SC Insurance Certificates 5. Notice to Proceed State Form C. Procedural Documents required during execution of the contract 1. Request for Information Form (RFI) 2. RFI Log 3. Change Order Bulletin State Form SBP Change Order Proposal State Form SBP Change Order State Form SBP Change Order Log 7. Application and Certificate for Contractor s Payment State Form SBP Notice of Substantial Completion - State Form SBP Notice of Approval of Occupancy and Use SBP University of Colorado Denver Supplemental Notice of Occupancy and Use List (See Division 1) 11. Pre-Acceptance Checklist State Form SBP University of Colorado Denver Supplemental Building/ Project Acceptance List (See Division 1) 13. Final M/WBE Participation Report Form UCD MWBE Notice of Final Acceptance State Form SBP Notice of Contractor s Settlement - State Form SBP Building Inspection Record State Form SBP-BIR D. Contract Documents 1. Contractor s Agreement - State Form SC General Conditions of the Construction Contract State Form SC UC Denver Supplementary General Conditions 4. Detailed Specifications Electronic versions of all State Buildings (SBP) forms can be found at:

3 DOCUMENTED QUOTE 50K-150K CONTRACT * = required information *Agency: University of Colorado Denver *Notice Type: Documented Quote *Construction Cost Categories: Under $150K *Should this notice include print media information: No *Project No: *Project Title: B401 West Wing 1 st Floor Mold Repair SCPP Pre-Qualified Contractors Only Project Description: 1) Resume and complete the removal of building materials affected by moisture, which contain mold and/or asbestos. 2) Reconstruct affected areas by installing like materials. *Project should be substantially completed within: 30 Calendar Days *Project shall be finally compete within: 10 Calendar Days *Bidder may procure Bidding Documents from: *Deposit required for a complete set of Contract Documents: $0 *ARRA Funding: No Settlement Notices: *For all projects with a total dollar value above $50,000 Notice of Final Settlement is required by C.R.S Final Settlement, if required, will be advertised via: Electronic Media Scope of Services: N/A. Submission Details: *Submission Deadline: 04/23/14, 2:00 PM *Submissions Accepted Via: Fax In Person Mail Details: Facilities Projects, Room 310, Third Floor Reception Desk, 1945 N. Wheeling Street, Aurora, CO or Mike.Vigil@UCDenver.edu Comments: Documented Quotes will be received from pre-qualified SCPP contractors only, must have insurance allowing asbestos abatement subcontractors to work under them. Late bids will be disregarded. When noted that a completely executed form will be sent by certified mail to the Contractor, or any other means as agreed to, notice will be sent by electronic mail. Point of Contact: *Name: Mike Vigil *Agency: University of Colorado Denver Rev. 03/2013

4 *Phone: Fax: Comments: Only SCPP Contractors are eligible to bid this project, and must have insurance allowing asbestos abatement subcontractors under them. Meetings: *Choose one: Mandatory Pre-Bid *Date and Time: 04/11/14, 1:00 PM Details: Anschutz Medical Campus, Building 401 Lobby, 1784 Racine Street, Aurora CO Comments: Bids received from bidders who have not attended the mandatory pre-bid meeting will not be considered for the project. Questions will be collected until 4/17/14 at 2:00 from those who attended mandatory pre-bid meeting. Questions will be answered by 4/18/14 at 2:00. Specification Details/Attachments: Comments: N/A Attachments: N/A Media of Publications: Media of Publication(s): State Website and Facilities Projects Website Publication Dates: 4/09/14 Notice to Editor: Transmit two (2) copies of the Affidavit of Publication, and invoice to: University of Colorado Denver Facilities Projects Attn: Facilities Controller 1945 N. Wheeling St., Mail Stop F418 Aurora, Colorado Rev. 03/2013

5 STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS INFORMATION FOR BIDDERS Institution or Agency: Project No./Name: University of Colorado Denver / B401 West Wing 1 st Floor Mold Repair 1. BID FORM: Bidders are required to use the Bid form attached to the bidding documents. Each bidder is required to bid on all alternates and indicate the time from the date of the Notice to Proceed to Substantial Completion in calendar days, and in addition, the bidder is required to indicate the period of time to finally complete the project from Substantial Completion to Final Acceptance, also in calendar days. Bids indicating times for Substantial Completion and Final Acceptance in excess of the number of days indicated in the Advertisement for Bids for completion of the entire Project may be found non-responsive and may be rejected. The bid shall not be modified or conditioned in any manner. Bids shall be submitted in sealed envelopes bearing the address and information shown below. If a bid is submitted by mail, this aforementioned sealed envelope should be enclosed in an outer envelope and sent to the following addressee: INSERT NAME OF AGENCY AND ADDRESS WHERE BID SHOULD BE DELIVERED The outside of the sealed inner envelope should bear the following information: Project # Project Name B401 West Wing 1 st Floor Mold Repair Name and Address of Bidder Date of Opening Time of Opening 2. INCONSISTENCIES AND OMISSIONS: Bidders may request clarification of any seeming inconsistencies, or matters seeming to require explanation, in the bidding documents at least three (3) business days prior to the time set for the opening of Bids. Decisions of major importance on such matters will be issued in the form of addendum. 3. APPLICABLE LAWS AND REGULATIONS: The bidder s attention is called to the fact that all work under this Contract shall comply with the provisions of all state and local laws, approved state building codes, ordinances and regulations which might in any manner affect the work to be done or those to be employed in or about the work. Attention is also called to the fact that the use of labor for work shall be governed by the provisions of Colorado law which are hereinafter set forth in Articles 27 and 52E of the GENERAL CONDITIONS. 4. UNAUTHORIZED IMMIGRANTS: Note that the Special Provisions of the General Conditions of the Contract includes the following language: PUBLIC CONTRACTS FOR SERVICES - CRS and PUBLIC CONTRACTS WITH NATURAL PERSONS The Contractor certifies that the Contractor shall comply with the provisions of CRS et seq. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this contract. The Contractor represents, warrants, and agrees that it (i) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (ii) otherwise will comply with the requirements of CRS (2)(b). The Contractor shall comply with all reasonable requests made in the course of an investigation under CRS by the Colorado Department of Labor and Employment. If the Contractor fails to comply with any requirement of this provision or CRS et seq., the State may terminate this contract for breach and the Contractor shall be liable for actual and consequential damages to the State. A Contractor that operates as a sole proprietor hereby swears or affirms under penalty of perjury that the Contractor (i) is a citizen of the United States or otherwise lawfully present in the United States pursuant to federal law, (ii) shall comply with the provisions of CRS et seq, and (iii) shall produce one of the forms of identification required by CRS prior to the effective date of this Contract. Except where State Form SBP-6.12 Page 1 of 2 Rev. 7/2010

6 exempted by federal law and except as provided in CRS (3), a Contractor that receives federal or state funds under this contract must confirm that any individual natural person eighteen years of age or older is lawfully present in the United States pursuant to CRS (4) if such individual applies for public benefits provided under this contract. 5. TAXES: The bidder s attention is called to the fact that the Bid submitted shall exclude all applicable federal excise or manufacturers taxes and all state sales and use taxes as hereinafter set forth in Article 9C of the GENERAL CONDITIONS. 6. OR EQUAL: The words OR EQUAL are applicable to all specifications and drawings relating to materials or equipment specified. Any material or equipment that will fully perform the duties specified, will be considered equal, provided the bid submits proof that such material or equipment is of equivalent substance and function and is approved, in writing. Requests for the approval of or equal shall be made in writing at least five (5) business days prior to bid opening. During the bidding period, all approvals shall be issued by the Architect/Engineer in the form of addenda at least two (2) business days prior to the bid opening date. 7. ADDENDA: Owner/architect initiated addenda shall not be issued later than two (2) business days prior to bid opening date. All addenda shall become part of the Contract Documents and receipt must be acknowledged on the Bid form. 8. METHOD OF AWARD - LOWEST RESPONSIBLE BIDDER: If the bidding documents for this project require alternate prices, additive and/or deductible alternates shall be listed on the alternates bid form provided by the Principal Representative. Bidders should note the Method of Award is applicable to this Bid as stated below. A. DEDUCTIBLE ALTERNATES: The lowest responsible Bid, taking into account the Colorado resident bidder preference provision of Colorado law, will be determined by and the contract will be awarded on the base bid combined with deductible alternates, deducted in numerical order in which they are listed in the alternates bid form provided by the Principal Representative. The subtraction of alternates shall result in a sum total within available funds. If this bid exceeds such amount, the right is reserved to reject all bids. An equal number of alternates shall be subtracted from the base bid of each bidder within funds available for purposes of determining the lowest responsible bidder. B. ADDITIVE ALTERNATES: The lowest responsible Bid, taking into account the Colorado resident bidder preference provision of Colorado law, will be determined by and the contract will be awarded on the base bid plus all additive alternates added in the numerical order in which they are listed in the alternates bid form provided by the Principal Representative. The addition of alternates shall result in a sum total within available funds. If this bid exceeds such amount, the right is reserved to reject all bids. An equal number of alternates shall be added to the base bid of each bidder within funds available for purposes of determining the lowest responsible bidder. C. DEDUCTIBLE AND ADDITIVE ALTERNATES: Additive alternates will not be used if deductible alternates are used and deductible alternates will not be used if additive alternates are used. 9. NOTICE OF CONTRACTOR S SETTLEMENT Agencies/institutions must indicate in the initial Solicitation (Advertisement for Bids, Documented Quotes, or Requests for Proposals) whether settlement will be advertised in newspapers or electronic media. The Advertisement for Bids can be located at the web site: (Click on the link below the second paragraph Colorado Construction and Design Notices) State Form SBP-6.12 Page 2 of 2 Rev. 7/2010

7 Institution/Agency: Project No./Name: STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS BID University of Colorado Denver / B401 West Wing 1 st Floor Mold Repair Bidder Acknowledges Receipt of Addenda Numbers: Bidder Anticipates Services or Subcontracting Services outside the United States or Colorado: Not Applicable Project less than $500,000 No Yes If yes see 3A below Not Applicable Project Bidder will comply with 80% Colorado Labor Not Applicable, less than $500,000 No Yes If yes see 3B below less than $500,000 Base Bid $ (Refer to Bid Alternate Form SC Attached, If Applicable) Bidder s Time of Completion a. Time Period from Notice to Proceed to Substantial Completion: b. Time Period from Substantial Completion to Final Acceptance: c. Total Time of Completion of Entire Project (a + b): 1. BID: Pursuant to the advertisement by the State of Colorado dated January 9, 2014 the undersigned bidder hereby proposes to furnish all the labor and materials and to perform all the work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications, for the work and for the base bid indicated above. Bidders should include all taxes that are applicable. 2. EXAMINATION OF DOCUMENTS AND SITE: The bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to make certain of the conditions at the site and to gain a clear understanding of the work to be done. 3. PARTIES INTERESTED IN BID: The bidder hereby certifies that the only persons or parties interested in this Bid are those named herein, and that no other bidder or prospective bidder has given any information concerning this Bid. A. - If the bidder anticipates services under the contract or any subcontracts will be performed outside the United States or Colorado, the bidder shall provide in a written statement which must include, but need not be limited to the type of services that will be performed at a location outside the United States or Colorado and the reason why it is necessary or advantageous to go outside the United States or Colorado to perform such services. B. - For State Public Works C.R.S Colorado labor shall be employed to perform at least 80% of the work. Colorado Labor means any person who is a resident of the state of Colorado at the time of the Public Works project. 4. BID GUARANTEE: This Bid is accompanied by the required Bid Guarantee. You are authorized to hold said Bid Guarantee for a period of not more than thirty (30) days after the opening of the Bids for the work above indicated, unless the undersigned bidder is awarded the Contract, within said period, in which event the Director, State Buildings Programs, may retain said Bid Guarantee, until the undersigned bidder has executed the required Agreement and furnished the required Performance Bond, Labor and Material Payment Bond, Insurance Policy and Certificates of Insurance and Affidavit Regarding Unauthorized Immigrants. 5. TIME OF COMPLETION: The bidder agrees to achieve Substantial Completion of the Project from the date of the Notice to Proceed within the number of calendar days entered above, and in addition, further agrees that the period between Substantial Completion and Final Acceptance of the Project will not exceed the number of calendar days noted above. If awarded the Work, the bidder agrees to begin performance within ten (10) days from the date of the Notice to Proceed subject to Article 46, Time of Completion and Liquidated Damages of The General Conditions of the Contract, and agrees to prosecute the Work with due diligence to completion. The bidder represents that Article 7D of the Contractor s Agreement (SC-6.21) has been reviewed to determine the type and amount of any liquidated damages that may be specified for this contract. 6. EXECUTION OF DOCUMENTS: The bidder understands that if this Bid is accepted, bidder must execute the required Agreement and furnish the required Performance Bond, Labor and Material Payment Bond, Insurance Policy and Certificates of Insurance and Affidavit Regarding Unauthorized Immigrants within ten (10) days from the date of the Notice of Award, and that the bidder will be required to sign to acknowledge and accept the Contract Documents, including the Drawings and Specifications. 7. ALTERNATES: Refer to the Information for Bidders (SC-6.12) for Method of Award for Alternates and use State Form SBP Bid Alternates form to be submitted with this bid form if alternates are requested by the institution/agency in the solicitation documents. 8. Submit wage rates (direct labor costs) for prime contractor and subcontractor as requested by the institution/agency in the solicitation documents. 9. The right is reserved to waive informalities and to reject any and all Bids. SIGNATURES: If the Bid is being submitted by a Corporation, the Bid should be signed by an officer, i.e., President or Vice-President. If a sole proprietorship or a partnership is submitting the Bid, the Bid shall so indicate and be properly signed. Dated this Day of, 20 THE BIDDER: Company Name Address (including city, state and zip) Phone number: Name (Print) and Title Signature State Form SBP-6.13 Rev. 1/2014

8 STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS BID ALTERNATES FORM Institution/Agency: University of Colorado Denver Project No./Name: / B401 West Wing 1 st Floor Mold Repair Additive alternates will not be used if deductible alternates are used and deductible alternates will not be used if additive alternates are used. Additive Alternates (If Applicable) Refer to specification section for descriptions of add alternates. If the add alternates are accepted, the base bid would be modified by the amount entered by the bidder. A.A. No. 1 Add $ A.A. No. 2 Add $ A.A. No. 3 Add $ A.A. No. 4 Add $ A.A. No. 5 Add $ A.A. No. 6 Add $ A.A. No. 7 Add $ A.A. No. 8 Add $ A.A. No. 9 Add $ A.A. No. 10 Add $ Deductive Alternates (If Applicable) Refer to specification section for descriptions of the deductive alternates. If the deductive alternates are accepted, the base bid would be modified by the amount entered by the bidder. D.A. No. 1 Deduct $ D.A. No. 2 Deduct $ D.A. No. 3 Deduct $ D.A. No. 4 Deduct $ D.A. No. 5 Deduct $ D.A. No. 6 Deduct $ D.A. No. 7 Deduct $ D.A. No. 8 Deduct $ D.A. No. 9 Deduct $ D.A. No. 10 Deduct $ THE BIDDER: Company Name Signature Date State Form SBP Issued 7/2010

9 STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS BID BOND Institution/Agency: University of Colorado Denver Project No./Name: / B401 West Wing 1 st Floor Mold Repair KNOW ALL MEN BY THESE PRESENTS: WHEREAS, hereinafter called the PRINCIPAL, is submitting a PROPOSAL for the above described project, to the STATE OF COLORADO, hereinafter called the OBLIGEE. WHEREAS, the Advertisement for Bids has required as a condition of receiving the Proposals that the Principal submit with the PROPOSAL GUARANTY in an amount not less than five per cent (5%) of the Proposal, which sum it is specifically agreed is to be forfeited as Liquidated Damages in the event that the Principal defaults in his obligation as hereinafter specified, and, in pursuance of which Requirement, this Bid is made, executed and delivered. NOW THEREFORE, the Principal and a corporation of the State of, duly authorized to transact business in Colorado, as Surety, are held and firmly bound unto the Obligee, in the sum of five per cent (5%) of the Principal s total bid price, lawful money of the United States for the payment of which sum, well and truly to be made to the Obligee, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. FURTHER THAT, a condition of the obligation that the Principal shall maintain his Proposal in full force and effect for thirty (30) days after the opening of the proposals for the project, or, if the Principal s Proposal is accepted, the Principal shall, within the prescribed time, execute the required Agreement, furnish the required Performance Bond, Labor and Material Payment Bond, Insurance Policy, and Certificates of Insurance, then this obligation shall be null and void, otherwise it shall remain in full force and effect, and subject to forfeiture upon demand as Liquidated Damages. IN WITNESS WHEREOF said Principal and Surety have executed this Bond, this day of, A.D., 20. (Corporate Seal) ATTEST Secretary THE PRINCIPAL Company Name Address (including city, state and zip) Phone number: Name (Print) Signature Name (Print) and Title SIGNATURES If the Principal is doing business as a Corporation, the Bid Bond shall be signed by an officer, i.e., President or Vice President. The signature of the officer shall be attested to by the Secretary and properly sealed. If the Principal is an individual or a partnership, the Bid Bond shall so indicate and be properly signed. (Corporate Seal) THE SURETY Secretary By Attorney-in-Fact THIS BOND MUST BE ACCOMPANIED BY POWER OF ATTORNEY, EFFECTIVELY DATED. FAILURE TO PROVIDE A PROPERLY EXECUTED BID BOND WITH A PROPERLY EXECUTED POWER OF ATTORNEY WILL RESULT IN THE BIDDER S PROPOSAL BEING DEEMED NON-RESPONSIVE. State Form SBP-6.14 Rev. 9/2006

10 STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS NOTICE OF AWARD Date of Notice: Date to be inserted by the Principal Representative Institution/Agency: University of Colorado Denver Project No./Name: / B401 West Wing 1 st Floor Mold Repair TO: The State of Colorado, represented by the undersigned, has considered the Proposals submitted for the above described work. Your Proposal, deemed to be in the best interest of the State of Colorado, in the amount of DOLLARS AND NO/100* ($ *) is hereby accepted, pending final execution of the Agreement. You are required to execute the approved Agreement and to furnish the Performance Bond, Labor and Material Payment Bond, Insurance Policy and Certificates of Insurance within ten (10) days from the date of this Notice. If you fail to execute said Agreement and to furnish said Performance Bond, Labor and Material Payment Bond, Insurance Policy and Certificates of Insurance, and Certification and Affidavit Regarding Unauthorized Immigrants within ten (10) days from the date of this Notice, the State Controller is entitled to retain the amount of the Proposal Guaranty submitted with your Proposal as Liquidated Damages. In this event, the right is reserved to consider all of your rights arising out of the acceptance of your Proposal as abandoned and to award the work covered by your Proposal to another, or to re-advertise the Project, or otherwise dispose thereof. By By State Buildings Programs Date Principal Representative Date (of Authorized Delegate) (Institution or Agency) When completely executed, this form is to be sent by certified mail to the Contractor by the Principal Representative or delivered by any other means to which the parties agree. State Form SBP-6.15 Rev. 7/2010

11 MINORITY/WOMEN BUSINESS ENTERPRISE PARTICIPATION REPORT Institution/Agency: Project No./Name: University of Colorado Denver / GFE / B401 West Wing 1 st Floor Mold Repair TO BE ELIGIBLE FOR AWARD OF THIS CONTRACT, EACH CONTRACTOR (INCLUDING ARCHITECT/ENGINEER/CONSULTANT/CONTRACTOR) IS REQUESTED TO COMPLY WITH THESE REQUIREMENTS. I. The undersigned Architect/Engineer/Consultant/Contractor hereby certifies that the (company) (joint venture) (is) (is not)* a minority enterprise as defined in this report. The undersigned Architect/Engineer/Consultant/Contractor hereby certifies the (company) (joint venture) (is) (is not)* a woman-owned business enterprise as defined. (*Strike out where inapplicable.) *Persons signing hereby swear and affirm that they are authorized to act on Architect/Engineer/Consultant/Contractor s behalf and acknowledge that the State is relying on their representations to that effect. Principal is not a recognized title and will not be accepted ARCHITECT/ENGINEER/CONSULTANT/CONTRACTOR Legal Name of Contracting Entity *Signature By: Date: Name (print) Title II. It is the general policy of the State of Colorado to be as inclusive as possible to all member communities when spending taxpayer dollars. III. REQUIREMENTS A. Minority Business Enterprise (MBE) means, for the purpose of this report, a business enterprise at least 51 percent that is owned and controlled by minority group members, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned and controlled by minority group members. Eligible persons are expected to be engaged full time in the day-to-day operation and management of the business. Minority group members are ethnic minorities including African American, Hispanic American, Native American or Asian/Pacific American. B. Women Business Enterprise (WBE) means, for the purpose of this report, a business enterprise of at least 51 percent of which is owned and controlled by a woman or women, or, in the case of a publicly-owned business, at least 51 percent of the stock of which is owned and controlled by women. Women are expected to be engaged full time in the day-to-day operation and management of the business. C. The University of Colorado Denver does not have a certification process nor does it require MBE's and WBE's to be certified. D. The percentages of minority and women-owned business participation will be determined by dollar value of the work subcontracted to or joint ventured with minority and women-owned firms, as compared to the total dollar value of the bid amount for all work bid under this contract. MWBE-1 Page 1 of 1 Rev. 12/2012

12 E. Prior to the award of this contract, the contractor will be required to provide to the Principal Representative a list of M/WBE enterprises, stipulating the dollar amount of each subcontract or supplier of materials on page 2 of this Minority and Women Business Enterprises Participation Report. F. The contractor will retain records and documents showing the level of participation for two years following completion of this contract. These records and documents, or copies thereof, will be made available at reasonable times and places for inspection by an authorized representative of the Principal Representative, or its designated representatives, and will be submitted to such representatives upon written request. MBE: Yes WBE: Yes No No Total Contract Amount: $ Name and Address of M/WBE Subcontractors and/or Suppliers and/or Self-Performed Work by M/WBE Primes* MBE Contract Amounts WBE Contract Amounts Type of Work *Indicate ethnicity based on Paragraph III. A. above. Total MBE Contracts: $ Total WBE Contracts: $ Total MBE %: Total WBE %: MWBE-1 Page 2 of 2 Rev. 12/2012

13 STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS CERTIFICATION AND AFFIDAVIT REGARDING UNAUTHORIZED IMMIGRANTS Institution/Agency: Project No./Name: University of Colorado Denver / B401 West Wing 1 st Floor Mold Repair A. CERTIFICATION STATEMENT CRS & 102 (HB , SB ) The Vendor, whose name and signature appear below, certifies and agrees as follows: 1. The Vendor shall comply with the provisions of CRS et seq. The Vendor shall not knowingly employ or contract with an unauthorized immigrant to perform work for the State or enter into a contract with a subcontractor that knowingly employs or contracts with an unauthorized immigrant. 2. The Vendor certifies that it does not now knowing employ or contract with and unauthorized immigrant who will perform work under this contract, and that it will participate in either (i) the E-Verify Program, jointly administered by the United States Department of Homeland Security and the Social Security Administration, or (ii) the Department Program administered by the Colorado Department of Labor and Employment in order to confirm the employment eligibility of all employees who are newly hired to perform work under this contract. 3. The Vendor shall comply with all reasonable requests made in the course of an investigation under CRS by the Colorado Department of Labor and Employment. If the Vendor fails to comply with any requirement of this provision or CRS et seq., the State may terminate work for breach and the Vendor shall be liable for damages to the State. B. AFFIDAVIT CRS (HB 06S-1023) 4. If the Vendor is a sole proprietor, the undersigned hereby swears or affirms under penalty of perjury under the laws of the State of Colorado that (check one): I am a United States citizen, or I am a Permanent Resident of the United States, or I am lawfully present in the United States pursuant to Federal law. I understand that this sworn statement is required by law because I am a sole proprietor entering into a contract to perform work for the State of Colorado. I understand that state law requires me to provide proof that I am lawfully present in the United States prior to starting work for the State. I further acknowledge that I will comply with the requirements of CRS et seq. and will produce the required form of identification prior to starting work. I acknowledge that making a false, fictitious, or fraudulent statement or representation in this sworn affidavit is punishable under the criminal laws of Colorado as perjury in the second degree under CRS and it shall constitute a separate criminal offense each time a public benefit is fraudulently received. CERTIFIED and AGREED to this day of, _20. VENDOR: Vendor Full Legal Name BY: Signature of Authorized Representative Title State Form UI-1 Issued 7/2008

14 STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS PERFORMANCE BOND Institution/Agency: University of Colorado Denver Project No./Name: / B401 West Wing 1 st Floor Mold Repair BONDING COMPANY: DO NOT MAKE ANY CHANGES TO THE LANGUAGE IN THIS BOND. KNOW ALL PERSONS BY THESE PRESENTS: That the Contractor as Principal and hereinafter called Principal, and as Surety and hereinafter called Surety, a corporation organized and existing under the laws of are held and firmly bound unto the STATE OF COLORADO acting by and through the Board of Regents of the University of Colorado, a body corporate, for and on behalf of the University of Colorado Denver (AGENCY OR INSTITUTION) hereinafter called the Principal Representative, in the sum of Dollars ($ ) for the payment whereof the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. WHEREAS, the Principal and the State of Colorado acting by and through the Principal Representative have entered into a certain Contract, hereinafter called Contract, dated, 20, for the construction of a PROJECT described as which Contract is hereby by reference made a part hereof; State Form SC-6.22 Page 1 of 1 (Rev. 9/2006)

15 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION, is such that, if the Principal shall promptly, fully and faithfully perform all the undertakings, covenants, terms, conditions and agreements of said Contract during the original term of said Contract any extensions thereof that may be granted by the Principal Representative with or without notice to the Surety, and during the life of any guaranty required under the Contract, and shall also well and truly perform and fulfill all undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, then this obligation shall be null and void; otherwise it shall remain in full force and effect. AND THE SAID SURETY, for value received hereby stipulates and agrees that whenever the Principal shall be, and declared by the Principal Representative to be in default under said Contract, the State of Colorado having performed its obligations thereunder, the Surety may promptly remedy the default or shall promptly (1) Complete the Contract in accordance with its terms and conditions, or (2) Obtain a bid or bids for submittal to the Principal Representative for completing the Contract in accordance with its terms and conditions, and upon determination by the Principal Representative and Surety of the lowest responsible bidder, arrange for a contract between such bidder and the State of Colorado acting by and through the Principal Representative and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion, less the balance of the contract price but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount hereinbefore set forth. The term balance of the contract price as herein used shall mean the total amount payable to the Principal under the Contract and any amendments thereto, less the amount properly paid by the State of Colorado to the Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than the State of Colorado. IN WITNESS WHEREOF said Principal and Surety have executed this Bond, this of, A.D., 20. day (Corporate Seal) THE PRINCIPAL ATTEST: By: Secretary (Corporate Seal) Title: SURETY By: Attorney-in-fact THIS BOND MUST BE ACCOMPANIED BY POWER OF ATTORNEY, EFFECTIVELY DATED Note: This bond is issued simultaneously with another bond conditioned for the full and faithful payment for all labor and material of the contract. State Form SC-6.22 Page 2 of 2 (Rev. 9/2006)

16 STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS LABOR AND MATERIAL BOND Institution/Agency: University of Colorado Denver Project No./Name: / B401 West Wing 1 st Floor Mold Repair BONDING COMPANY: DO NOT MAKE ANY CHANGES TO THE LANGUAGE IN THIS BOND. KNOW ALL PERSONS BY THESE PRESENTS: That the Contractor as Principal and hereinafter called "Principal," and as Surety and hereinafter called "Surety," a corporation organized and existing under the laws of are held and firmly bound unto the STATE OF COLORADO acting by and through the Board of Regents of the University of Colorado, a body corporate, for and on behalf of the University of Colorado Denver (agency or institution) hereinafter called "Principal Representative," and to all subcontractors and any others who have supplied or furnished or shall supply or furnish materials, rental machinery, tools, or equipment actually used in the performance of the hereinafter identified Contract, or who have performed or shall perform labor in the performance of or in connection with said Contract, hereinafter called "Obligees" in the sum of Dollars ($ ) together with interest at the rate of eight per cent (8%) per annum on all payments becoming due in accordance with said Contract, from the time such payments shall become due until such payment shall be made, for the payment of which, well and truly made to the Obligees, the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. WHEREAS, the Principal and the State of Colorado acting by and through the Principal Representative have entered into a certain Contract, hereinafter called "Contract," dated, 20 for the construction of a PROJECT described as which Contract is hereby by reference made a part hereof; State Form SC Page 1 of 1 (Rev. 9/2008)

17 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal and the Surety shall fully indemnify and save harmless the State of Colorado and the Principal Representative from and against any and all costs and damages, including patent infringements, which either may suffer by reason of any failure or failures of the Principal promptly and faithfully to perform all terms and conditions of said Contract and shall fully reimburse and repay the State of Colorado and the Principal Representative all outlay and expense which the State of Colorado and the Principal Representative may incur in making good any such failure or failures, and further, if the Principal and his subcontractors shall duly and promptly pay for any and all labor, materials, team hire, sustenance, provisions, provender, rental machinery, tools, or equipment and other supplies which have been or shall be used or consumed by said Principal or his subcontractors in the performance of the work of said Contract, and it said Principal shall duly and promptly pay all his subcontractors the sums due them for any and all materials, rental machinery, tools, or equipment and labor that have been or shall be furnished, supplied, performed or used in connection with performance of said Contract, and shall also fully indemnify and save harmless the State of Colorado and the Principal Representative to the extent of any and all expenditures which either or both of them may be required to make by reason of any failures or defaults by the Principal or any subcontractor in connection with such payments; then this obligation shall be null and void, otherwise it shall remain in full force and effect. It is expressly understood and agreed that any alterations which may be made in the terms of said Contract or in the work to be done under said Contract, or any extension(s) of time for the performance of the Contract, or any forebearance on the part of either the State of Colorado or the Principal to any of the others, shall not in any way release the Principal and the Surety, or either of them, their heirs, executors, administrators, successors or assigns from their liability hereunder, notice to the Surety of any such alteration, extension or forbearance being hereby waived. IN WITNESS WHEREOF, the Principal and the Surety have executed this Bond, this, A.D., 20. day of (Corporate Seal) THE PRINCIPAL ATTEST: By: Secretary (Corporate Seal) Title: SURETY By: Attorney-in-fact THIS BOND MUST BE ACCOMPANIED BY POWER OF ATTORNEY, EFFECTIVELY DATED Note: This bond is issued simultaneously with another bond conditioned for the full and faithful performance of the contract. State Form SC Page 2 of 2 (Rev. 9/2008)

18

19

20 STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS NOTICE TO PROCEED (DESIGN/BID/BUILD CONTRACT) Date of Notice: Date to be inserted by the Principal Representative Date/Description of Contract Documents: Institution/Agency: University of Colorado Denver Project No./Name: / B401 West Wing 1 st Floor Mold Repair Attach Notice of Code Compliance from Code Review Agent/Building Official for Documents Listed Above To: This is to advise you that your Performance Bond, Labor and Material Payment Bond, Insurance Policy and Certificates of Insurance, and Affidavit Regarding Unauthorized Immigrants have been received. Our issuance of this Notice does not relieve you of responsibility to assure that the bond and insurance requirements of the Contract Documents are met for the duration of the Agreement. The Agreement dated covering the above described work has been fully executed. You are hereby authorized and directed to proceed within ten (10) days from date of this Notice as required in the Agreement. Any liquidated damages for failure to achieve Substantial Completion by the date agreed that may be applicable to this Contract will be calculated using the date of this Notice for the date of the commencement of the Work. The completion date of the Project is (M/D/YYYY). By By State Buildings Programs Date Principal Representative Date (or Authorized Delegate) (Institution or Agency) When completely executed, this form is to be sent by certified mail to the Contractor by the Principal Representative; or by any other means to which the parties agree. State Form SBP-6.26 Rev. 7/2010

21 University of Colorado Denver RFI Title: Project: Reinsulate Steam and Chilled Water Lines/ To: Architect/Engineer and UCD Project Manager Request for Information from No.(start at 1 and go up) Date: Project #: B401 West Wing 1 st Floor Mold Repair From: Contractor name and address Phone: Fax: (s) Phone: Fax: (s) Description of Request and Proposed Solution: Contractor Suspects Schedule Impact (Y/N) Signature: Print Name: Contractor Suspects Cost Impact (Y/N) Company: Date: A/E Suspects Schedule Impact (Y/N) A/E Suspects Cost Impact (Y/N) Signature: Company: Print Name: Date: Distribute to A/E, Contractor and UCD PM when completed

22 PROJECT # and TITLE: UNIVERSITY OF COLORADO DENVER REQUEST FOR INFORMATION LOG RFI # SPEC SECTION / DETAIL / SHEET # DESCRIPTION DATE TO A/E DAYS OUT A/E return date Change order Bullentin # Contractor change # C2 Request for information log 08_0917 3/28/2014, 12:50 PM, 1

23 STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS CHANGE ORDER BULLETIN Change Order Bulletin No: Contractor: Institution or Agency: University of Colorado Denver Project No./Name: Description of Work: Date This bulletin is issued to define the scope of revision in drawings and/or specifications for a contemplated change order. The work called for by these revisions shall be in accordance with the requirements of the original contract documents. Please prepare and submit a proposal for the changes described below. For pricing use State Form SC A formal change order State Form SC-6.31 will be issued after approval of your proposal by the Principal Representative and the Architect. Your proposal shall include a statement as to the effect this change will have on the time for completion of the project. This bulletin is NOT an authorization to proceed. DESCRIPTION OF CHANGE: SPECIFICATION REVISIONS: STATUS OF EXISTING WORK: PREPARED BY: ARCHITECT/ENGINEER OR CONTRACTOR APPROVED BY: PRINCIPAL REPRESENTATIVE (INSTITUTION or AGENCY) State Form SC Page 1 of 1 Rev. 9/2006

24 STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS CHANGE ORDER PROPOSAL (enter information ONLY in YELLOWED cells) Change Order Bulletin No: Change Order Proposal No. Date Description of Work: (enter into text box) Date Contractor Institution or Agency Project No./Name (Before completing this form, read instructions on reverse side.) PART I - WORK PERFORMED BY CONTRACTOR Line 1. Direct Labor Costs $ Line 2. Labor Overhead (Direct Labor Burdens) ( 2% x Line 1) $ 0.32 Line 3. Total Contractor's Labor Costs (Lines 1 and 2) $ Line 4. Direct Materials Costs $ Line 5. Materials Overhead (Delivery Costs & Taxes) ( x Line 4) $ 0.00 Line 6. Total Materials Costs (Lines 4 and 5) $ 0.00 Line 7. Total Equipment Costs $ Line 8. PART I - TOTAL CONTRACTOR'S L, M & E COSTS (Lines 3, 6 and 7) Part I $ PART II - WORK PERFORMED BY SUBCONTRACTOR Line 9. Direct Labor Costs $ Line 10. Labor Overhead (Direct Labor Burdens) ( x Line 9) $ 0.00 Line 11. Total Subcontractor's Labor Costs (Lines 9 and 10) $ 0.00 Line 12. Direct Materials Costs Line 13. Materials Overhead (Delivery Costs & Taxes) ( x Line 12) $ 0.00 Line 14. Total Subcontractor's Materials Costs (Lines 12 and 13) $ 0.00 Line 15. Total Subcontractor's Equipment Costs $ Line 16. Total Subcontractor's L, M & E Costs (Line 11, 14 and 15) $ 0.00 Line 17. Subcontractor's Overhead (Indirect Costs) ( 10.0% x Line 16) $ 0.00 Line 18. Subcontractor's Profit (on line 16) Addition or Deduct $ 0.00 Line 19. PART II - TOTAL SUBCONTRACTOR'S COSTS (Lines 16, 17 and 18) Part II $ 0.00 PART III - CONTRACTOR'S OVERHEAD & PROFIT Line 20. Contractor's Overhead (Indirect Costs) ( 10.0% x Part I Total) $ 1.61 Line 21. Contractor's Profit ( 5.0% x Part I Total) $ 0.80 Line 22. PART III - TOTAL CONTRACTOR OVERHEAD & PROFIT (Lines 20 and 21) Part III $ 2.41 PART IV - CONTRACTOR'S MARKUP ON SUBCONTRACTOR Line 23. Contractor's Commission on Subcontractor ( 5.0% x Part II Total) $ 0.00 Line 24. Contractor's Profit (on Line 19) Addition or Deduct $ 0.00 Line 25. PART IV - TOTAL CONTRACTOR MARKUP ON SUBCONTRACTOR (Lines 23 and 24) Part IV $ 0.00 PART V - SUBTOTAL C.O. PROPOSAL (Parts I and II and III and IV) Part V (Subtotal)$ PART VI - CONTRACTOR'S BOND COST ( x Part V Total) Part VI $ 0.00 PART VII - GRAND TOTAL CHANGE ORDER PROPOSAL (Sum of Totals: Parts V and VI) Grand Total $ PART VIII - CONTRACT TIME (CALENDAR DAYS CHANGED) EXTENDED NO CHANGE REDUCED Days THE TIME OF COMPLETION MAY CHANGE BY THE CALENDAR DAYS INDICATED (ABOVE) FROM THE TOTAL NUMBER OF DAYS LISTED IN THE CONTRACTOR'S AGREEMENT TO COMPLETE THE ENTIRE PROJECT. CONTRACTOR'S CERTIFICATE: This is to certify that, to the best of my knowledge and belief, the cost/price data submitted in response to the listed C.O. Bulletin, are accurate, complete and current as of. Firm: Name & title: Signature: ARCHITECT/ENGINEER'S CERTIFICATE: This is to certify that I have analyzed the proposal and find, to the best of my knowledge and belief, that the proposal represents current, fair, factual and competitive cost/price data. Firm: Name & title: Signature: *Date: Date: * The proposal shall remain in full force and effect for a period of calendar days from date of signature. PRINCIPAL REPRESENTATIVE (Institution or Agency) Date: STATE BUILDINGS PROGRAMS (or Authorized Delegate) Date: State Form SC (Rev. 5/2011)

25 INSTRUCTIONS FOR COMPLETING CHANGE ORDER PROPOSAL COST/PRICE DATA SUMMARY (STATE FORM SC-6.312) BULLETIN NUMBER/DATED: Insert C.O. Bulletin No. and Date Issued LEFT HAND BOX: Fill in Contractor s Name; State Project Number and Title RIGHT HAND BOX: Fill in Description of Changes from Bulletin, noting exceptions that are listed in the Bulletin but are excluded; i.e., not priced on this form. PART I - WORK PERFORMED BY CONTRACTOR: Line 1. Direct Labor Costs: Fill in subtotal of direct labor costs, which includes base rates plus applicable fringe benefits. On Contractor s letterhead/spreadsheet show costs as follows: Trade Rate Hours Extended Costs $ X = $ $ X = $ Direct Labor Costs = $ Line 2. Labor Overhead (Direct Labor Burdens, etc.): Fill in as a percentage of Line 1. Line 3. Total Labor Costs: Fill in Total of Lines 1 and 2. Line 4. Direct Materials Costs: Fill in subtotal of direct materials costs. Provide quotes or invoices. On letterhead/spreadsheet, show direct materials costs as follows: Materials Units Unit Cost Extended Costs $ X = $ $ X = $ Direct Materials Costs = $ Line 5. Materials Overhead: Fill in as percentage cost of Line 4. Overhead costs include delivery, taxes, insurance costs, etc. (As mutually agreed upon at contract signing) Line 6. Total Materials Costs: Fill in total of lines 4 and 5. Line 7. Total Equipment Costs: Fill in total equipment costs including indirect overhead costs in hourly rate - except indirect labor costs. On letterhead/spreadsheet show total equipment costs as follows: Description Rate Hours Extended Costs $ X = $ $ X = $ Total Equipment Cost = $ Line 8. Total Contractor s Labor, Materials & Equipment (LM & E) Costs: Add Lines 3, 6 and 7. PART II - WORK PERFORMED BY SUBCONTRACTOR: Line 9. Direct Labor Costs: Fill in subtotal of direct labor costs, which includes base rates plus applicable fringe benefits. On Subcontractor s letterhead/spreadsheet show costs by trade, rate, hours and extended costs. See Instructions for line 1. Line 10. Labor Overhead (Direct Labor Burdens, etc.): Fill in as a percentage of Line 9. Line 11. Total Subcontractor s Labor Costs: Fill in Total of lines 9 and 10. Line 12. Direct Material Costs: Fill in subtotal of direct materials costs. Provide quotes or invoices. On letterhead/spreadsheet, show direct materials costs by materials, units, unit costs and extended costs. See Instructions for line 4. Line 13. Materials Overhead: Fill In as a percentage of line 12. Overhead costs include delivery, taxes, insurance costs, etc. Line 14. Total Subcontractor s Materials Costs: Fill in Total of lines 12 and 13. Line 15. Total Subcontractor s Equipment Costs: Fill in total equipment costs including indirect overhead costs in hourly rate - except indirect labor costs. On letterhead/spreadsheet show total equipment costs by description, rate, hours and extended costs. See Instructions for line 7. Line 16. Total Subcontractor s Labor, Materials and Equipment (L, M & E) Costs: Fill in total of lines 11, 14 and 15. Line 17. Subcontractor s Overhead (Indirect Costs): Fill in as percentage cost of line 16. See Article 35 of General Conditions. Line 18. Subcontractor s Profit: Fill in as percentage cost of line 16. See Article 35 of General Conditions. Line 19. Total Subcontractor s Costs: Fill in total of lines 16, 17 and 18. PARTS III THROUGH VIII - Self-explanatory. CERTIFICATIONS A. The Contractor, who prepares this proposal form, certifies the cost/price data by signing, dating, and forwarding same to the Architect/Engineer (or Consultant) for further action. B. The Architect/Engineer (or Consultant) reviews and analyzes the cost/price data for the requirements that these are: 1) currently prevalent, 2) reasonably fair, 3) factually applicable, and 4) equivalently competitive market selling prices. The Architect/Engineer (or Consultant) may negotiate--after receipt of the cost proposal--any or all of the cost elements of the proposal to support a recommendation of acceptance to the Principal Representative. Certification by the A/E (or Consultant) of the above requirements is made upon his signature. The Architect/Engineer (or Consultant) forwards the proposal with the supporting back-up to the Agency. C. Authority for the Institution or Agency (usually the Principal Representative) reviews the proposal, signs, dates, and forwards to State Buildings Programs or Delegate for final action. D. State Buildings Programs or Delegate reviews the cost proposal, with all supporting back-up, for technical and procedural requirements and, if in order, signs and dates the proposal. State Form SC (Rev. 9/2006)

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

EXHIBIT S - BOND SURETY FORMS

EXHIBIT S - BOND SURETY FORMS EXHIBIT S - BOND SURETY FORMS PERFORMANCE BOND 1. KNOW ALL MEN BY THESE PRESENTS, THAT: (name) (address) as Principal, hereinafter called Principal, and (surety name) (surety address) a corporation organized

More information

BID BOND CITY OF EAST POINT, GEORGIA

BID BOND CITY OF EAST POINT, GEORGIA BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point

More information

This page left blank intentionally

This page left blank intentionally ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT Agreement 2006 Page 1 THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT THIS AGREEMENT made in triplicate this day of 20 THE CORPORATION OF THE CITY OF BURLINGTON (hereinafter called "the City")

More information

Upon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below.

Upon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below. Section 10 - Page 1 of 5 Bonding Requirements Performance Bond and Payment Bond Upon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below.

More information

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF PERFORMANCE BOND Surety Bond No. STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS: That we,, as Principal, and, as Surety, are hereby held and firmly bound unto the State of Texas as Obligee in

More information

PAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes 255.05.

PAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes 255.05. PAYMENT/PERFORMANCE BOND STATE OF ) COUNTY OF ) ss This is the front page of the payment/performance bond issued in compliance with Florida Statutes 255.05. Surety Name: Bond Number: Contractor Name: Owner

More information

CONSTRUCTION AGREEMENT FOR

CONSTRUCTION AGREEMENT FOR CONSTRUCTION AGREEMENT FOR THIS AGREEMENT, made as of the day of, 20, by and between, a corporation, hereinafter called the Contractor, and Wake County, a body corporate and politic and a political subdivision

More information

Expedited Dispute Resolution Bond (P3 Form)

Expedited Dispute Resolution Bond (P3 Form) Expedited Dispute Resolution Bond (P3 Form) Bond No. KNOW ALL WHO SHALL SEE THESE PRESENTS: THAT WHEREAS, (the "Owner") has awarded to (the "Obligee"), a Public-Private Agreement (the PPA ) for a project

More information

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND (Rev 03/02) Page 1 of 6 COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, the Contractor ( Principal ) whose principal place of business is located at and ( Surety

More information

PERFORMANCE BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as. Principal (the Principal ), and, a corporation

PERFORMANCE BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as. Principal (the Principal ), and, a corporation PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and _, a corporation organized and existing under the laws of the of, having its principal office at, and authorized

More information

SECTION 103 - AWARD AND EXECUTION OF CONTRACT

SECTION 103 - AWARD AND EXECUTION OF CONTRACT SECTION 103 - AWARD AND EXECUTION OF CONTRACT 103.04 Contract Bonds. The Engineer may make changes in the work or add extra work within the contract scope without notice to the sureties (bonding companies)

More information

PERFORMANCE BOND INSTRUCTIONS (FEB 2015)

PERFORMANCE BOND INSTRUCTIONS (FEB 2015) PERFORMANCE BOND INSTRUCTIONS (FEB 2015) 1. Introduction a. Procurement Services Division has posted two distinct performance bond forms. One is an indemnity bond. The other is a completion bond. The nature

More information

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and SECTION 00900 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT (Name or Contractor) a (Address of Contractor) (Corporation, Partnership, or Individual), hereinafter called PRINCIPAL, and (Name

More information

PAYMENT BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized

PAYMENT BOND. KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS that we,, as Principal (the Principal ), and, a corporation organized and existing under laws of the of, with a principal office at, and authorized to do business

More information

FIGURE 20 BOND FORMS

FIGURE 20 BOND FORMS KNOW ALL MEN BY THESE PRESENTS: FIGURE 20 BOND FORMS A. PERFORMANCE/WARRANTY BOND THAT [Insert the legal name and address of Contractor for Subdivider/Developer], as Principal, hereinafter called the Contractor,

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address

SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND (Bond) SURETY Address Bond # SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") KNOW ALL PERSONS BY THESE PRESENTS; that SUBCONTRACTOR as Principal (the "Subcontractor"), and SURETY as Surety or Co-sureties (hereinafter

More information

Section IX. Annex to the Particular Conditions - Contract Forms

Section IX. Annex to the Particular Conditions - Contract Forms Section IX. Annex to the Particular Conditions - Contract Forms Table of Forms Notification of Award Contract Agreement Performance Security Advance Payment Security Retention Money Security - 2 - Notification

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

CONTRACT NUMBER [Contract Number] PERFORMANCE BOND. As to the Surety: Name: Principal Business Address: Telephone:( )

CONTRACT NUMBER [Contract Number] PERFORMANCE BOND. As to the Surety: Name: Principal Business Address: Telephone:( ) CONTRACT NUMBER [Contract Number] PERFORMANCE BOND As to the Contractor/Principal: Name: [CONTRACTOR NAME], [Contractor Address] Telephone: [Contractor Phone Number] As to the Surety: Name: Principal Business

More information

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows: CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND

PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND Section 00 61 13.13 & 00 61 13.16 Douglas County School District Re.1 Castle Rock, Colorado PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND 1. FORMS TO BE USED Two (2) separate bonds are required: Both

More information

BY THIS BOND,, whose principal address is, business phone number is as Principal,hereinafter Contractor, and, whose principal address is

BY THIS BOND,, whose principal address is, business phone number is as Principal,hereinafter Contractor, and, whose principal address is STATUTORY CO-OBLIGEE PAYMENT BOND BOND NO. BY THIS BOND,, whose principal address is, business phone number is as Principal,hereinafter Contractor, and, whose principal address is as Surety, are held and

More information

NC General Statutes - Chapter 44A Article 3 1

NC General Statutes - Chapter 44A Article 3 1 Article 3. Model Payment and Performance Bond. 44A-25. Definitions. Unless the context otherwise requires in this Article: (1) "Claimant" includes any individual, firm, partnership, association or corporation

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

Proper Procedures to Make Business Permit Changes

Proper Procedures to Make Business Permit Changes Proper Procedures to Make Business Permit Changes Board approval to make changes to a business permit depends upon: A properly completed Application to Make Business Permit Changes accompanied by the appropriate

More information

BID BOND. are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, DOLLARS.

BID BOND. are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, DOLLARS. KNOW ALL MEN BY THESE PRESENTS: THAT, and, as Principal are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, as Surety in the sum of (use words)

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT ( Agreement ) is entered into as of, 20, by and among ( General Contractor ), having

More information

Ohio Department of Transportation

Ohio Department of Transportation Ohio Department of Transportation 1980 West Broad Street, Columbus, Ohio 43223 Office of Contracts February 1, 2008 1525 DITMORE STROLL NEWARK, OH 43055 Re: Project Number 080088 Dear Contractor: This

More information

MAINTENANCE AND PERFORMANCE BONDS

MAINTENANCE AND PERFORMANCE BONDS MAINTENANCE AND PERFORMANCE BONDS CITY OF AUSTELL MAINTENANCE BOND FOR SUBDIVISION KNOWN ALL MEN BY THESE PRESENTS, that Subdivider,, (hereinafter called the Principal), as Principal and, a corporation

More information

Page 1 of 7 DOCUMENTED QUOTE

Page 1 of 7 DOCUMENTED QUOTE DOCUMENTED QUOTE Return all Bids to: Bid No. CCA DQ0213 Community College of Aurora Date: November 07, 2012 Purchasing Department Bid Due Date: November 14, 2012 16000 E. Centretech Parkway Ste. A204I

More information

SCHEDULE 14. Part 1 Performance Bond PERFORMANCE BOND NO.

SCHEDULE 14. Part 1 Performance Bond PERFORMANCE BOND NO. SCHEDULE 14 BONDS Part 1 Performance Bond PERFORMANCE BOND NO. $ KNOW ALL PERSONS BY THESE PRESENTS, that Contractor s Name as Principal ( the Principal ) and Surety / Insurance Company name and address,

More information

Performance Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety)

Performance Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety) Performance Bond KNOW ALL PERSONS BY THESE PRESENTS, that we: as Principal, (Legal title of the ) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety) (Street, City, State, Zip Code)

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, SURETY BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, (Contractor's Name) as Principal, and, as Surety, are hereby held and firmly bound into City of Buckeye as OWNER in the penal sum of

More information

CHAPTER 5 PROCUREMENT OF CONSTRUCTION ARCHITECT-ENGINEER

CHAPTER 5 PROCUREMENT OF CONSTRUCTION ARCHITECT-ENGINEER CHAPTER 5 PROCUREMENT OF CONSTRUCTION ARCHITECT-ENGINEER AND LAND SURVEYING SERVICES 5101. Reserved. 5102. Responsibility for Selection of Methods of Construction Contracting Management. 5103. Bid Security

More information

ALL LOAN BROKERS AND ORIGINATORS DOING BUSINESS IN INDIANA FROM: OFFICE OF SECRETARY OF STATE TODD ROKITA, SECURITIES DIVISION

ALL LOAN BROKERS AND ORIGINATORS DOING BUSINESS IN INDIANA FROM: OFFICE OF SECRETARY OF STATE TODD ROKITA, SECURITIES DIVISION MEMORANDUM TO: ALL LOAN BROKERS AND ORIGINATORS DOING BUSINESS IN INDIANA FROM: OFFICE OF SECRETARY OF STATE TODD ROKITA, SECURITIES DIVISION RE: LICENSING AND REGISTRATION REQUIREMENTS FOR LOAN BROKERS

More information

(contractor s name) (hereinafter called the Contractor ) located at: (contractor s address) and (surety s name)

(contractor s name) (hereinafter called the Contractor ) located at: (contractor s address) and (surety s name) CITY OF DULUTH PERFORMANCE BOND ATTACHMENT D KNOW ALL MEN BY THESE PRESENTS: That we: (contractor s name) (hereinafter called the Contractor ) located at:_ (contractor s address) and (surety s name) (a

More information

PERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and

PERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and (Multiple Wells) Bond No. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and (bonding

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

CITY OF COMMERCE CITY BID BOND

CITY OF COMMERCE CITY BID BOND BID BOND Know all men by these presents, that as principal, and, as Surety, are held and firmly bound unto the City of Commerce City, Colorado (hereinafter called City ), in the penal sum of dollars ($

More information

Kentucky Department of Education Version of Document A312 2010

Kentucky Department of Education Version of Document A312 2010 Kentucky Department of Education Version of Document A312 2010 Performance Bond CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal

More information

February 18, 2015. FC-7893; Downtown Traffic Operations Program (DTOP)

February 18, 2015. FC-7893; Downtown Traffic Operations Program (DTOP) February 18, 2015 Dear Potential Respondents: Re: FC-7893; Downtown Traffic Operations Program (DTOP) Attached is one (1) copy of Addendum No. 1, which is hereby made a part of the above-referenced project.

More information

Faithful Performance Bond/Certificate of Deposit Application City of Temecula Planning Department

Faithful Performance Bond/Certificate of Deposit Application City of Temecula Planning Department Faithful Performance Bond/Certificate of Deposit Application City of Temecula Planning Department Planting, Wall and/or Fence Installation Date Stamp Landscape Maintenance Model Home Conversion Sales Trailer

More information

Bond Form Commentary and Comparison

Bond Form Commentary and Comparison Bond Form Commentary and Comparison AIA Document A310 2010, Bid Bond, and AIA Document A312 2010, Performance Bond and Payment Bond INTRODUCTION Since the first publication of The Standard Form of Bond

More information

CALIFORNIA TRANSPORTATION COMMISSION DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND

CALIFORNIA TRANSPORTATION COMMISSION DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND CALIFORNIA TRANSPORTATION COMMISSION WSSED BY DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND FEB 2 4 2010 1.1. WHEREAS the Design-Build Demonstration Program was established

More information

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1 June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: 14-00000-01-GM This addendum consists of the following clarification: 1. Addendum #1 is attached and

More information

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET I. The requesting department should complete the following Independent Contractor Consulting Agreement ( Agreement

More information

BID PACKET FOR CONSTRUCTION CONTRACTS SAMPLE FORMS

BID PACKET FOR CONSTRUCTION CONTRACTS SAMPLE FORMS BID PACKET FOR CONSTRUCTION CONTRACTS SAMPLE FORMS This does not represent all of the required content of the bid packet. It only provides sample forms. Example: the wage determinations, plans and specifications,

More information

Contractor s License & Endorsements

Contractor s License & Endorsements Planning, Development & Transportation Engineering Department 281 North College Avenue P.O. Box 580 Fort Collins, CO 80522.0580 970.221.6605 970.221.6378 - fax fcgov.com/engineering Contractor s License

More information

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD

More information

CITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY

CITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY CITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY Name of Project Contractor(Principal) Project/Contract # Surety Bond Amount $ Bond # 1. Date and Parties This performance and payment bond with guaranty

More information

CONTRACTORS STATE LICENSE BOARD Blanket Performance and Payment Bond Approved Final Text

CONTRACTORS STATE LICENSE BOARD Blanket Performance and Payment Bond Approved Final Text CONTRACTORS STATE LICENSE BOARD Blanket Performance and Payment Bond Approved Final Text California Code of Regulations Title 16, Division 8 Article 6. Bonds 858. Blanket Performance and Payment Bond Defined

More information

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

CITY OF SHAWNEE POTTAWATOMIE COUNTY, OKLAHOMA CONTRACT. for CONTRACT NO. COS-SMA-11-01 SANITARY SEWER REHAB PROJECT (VARIOUS LOCATIONS)

CITY OF SHAWNEE POTTAWATOMIE COUNTY, OKLAHOMA CONTRACT. for CONTRACT NO. COS-SMA-11-01 SANITARY SEWER REHAB PROJECT (VARIOUS LOCATIONS) CITY OF SHAWNEE POTTAWATOMIE COUNTY, OKLAHOMA CONTRACT for CONTRACT NO. COS-SMA-11-01 SANITARY SEWER REHAB PROJECT (VARIOUS LOCATIONS) City of Shawnee P O Box 1448 Shawnee, Oklahoma 74802-1448 SHAWNEE

More information

Exhibit D CONTRACT DOCUMENTS

Exhibit D CONTRACT DOCUMENTS Exhibit D CONTRACT DOCUMENTS Table of Contents: PUBLIC CONSTRUCTION BOND... 1 CONTRACT... 3 CONSENT OF SURETY TO FINAL PAYMENT... 7 PROPOSAL/BID BOND... 8 AFFIDAVIT... 9 NON COLLUSION AFFIDAVIT... 10 SCRUTINIZED

More information

PRODUCER AGREEMENT. Hereinafter ("Producer"), in consideration of the mutual covenants and agreements herein contained, agree as follows:

PRODUCER AGREEMENT. Hereinafter (Producer), in consideration of the mutual covenants and agreements herein contained, agree as follows: PRODUCER AGREEMENT Hereinafter First Choice Insurance Intermediaries, Inc "FCII", a Florida company, having an office at 814 A1A North, Suite 206, Ponte Vedra Beach, FL 32082 and " Producer" having an

More information

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

More information

DEPARTMENT OF TRANSPORTATION AND INFRASTRUCTURE RENEWAL PAYMENT BOND. Bond Number: Contract Number: KNOW ALL PERSONS BY THESE PRESENTS, that we

DEPARTMENT OF TRANSPORTATION AND INFRASTRUCTURE RENEWAL PAYMENT BOND. Bond Number: Contract Number: KNOW ALL PERSONS BY THESE PRESENTS, that we DEPARTMENT OF TRANSPORTATION AND INFRASTRUCTURE RENEWAL PAYMENT BOND Bond Number: Contract Number: Amount: $ KNOW ALL PERSONS BY THESE PRESENTS, that we, as Principal (Contractor (hereinafter called the

More information

LITTLETON PUBLIC SCHOOLS INDEPENDENT CONTRACTOR AGREEMENT

LITTLETON PUBLIC SCHOOLS INDEPENDENT CONTRACTOR AGREEMENT LITTLETON PUBLIC SCHOOLS INDEPENDENT CONTRACTOR AGREEMENT This agreement is not valid and binding until approved in writing by an HR/Payroll Administrator of Littleton Public Schools. CONTRACTOR CANNOT

More information

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION September 22, 2014 TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS

More information

AIA Document A310 TM 2010

AIA Document A310 TM 2010 AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections

More information

How To Write A Pnetration Testing Rfp

How To Write A Pnetration Testing Rfp REQUEST FOR SUBMITTAL OF PROPOSALS FOR PENETRATION TESTING SERVICES FOR BOONE COUNTY FAMILY RESOURCES IN COLUMBIA, MISSOURI SEPTEMBER 22, 2014 SUBMISSION DEADLINE FRIDAY, OCTOBER 17, 2014 @ 3:00 PM CDT

More information

AIA Document A312 - Electronic Format. Performance Bond

AIA Document A312 - Electronic Format. Performance Bond AIA Document A312 - Electronic Format Performance Bond THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION

More information

DIVISION OF BANKING 1511 Pontiac Avenue, Bldg. 68-2 Cranston, Rhode Island 02920 UNIFORM DEBT-MANAGEMENT SERVICES ACT BOND

DIVISION OF BANKING 1511 Pontiac Avenue, Bldg. 68-2 Cranston, Rhode Island 02920 UNIFORM DEBT-MANAGEMENT SERVICES ACT BOND Bond Debt-Management Services Rev. 02/22/11 Bond Number DIVISION OF BANKING 1511 Pontiac Avenue, Bldg. 68-2 Cranston, Rhode Island 02920 UNIFORM DEBT-MANAGEMENT SERVICES ACT BOND WHEREAS application has

More information

Subcontractor Insurance & Licensing Requirements Please provide the items below

Subcontractor Insurance & Licensing Requirements Please provide the items below Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed

More information

Construction Performance Bond. THIS CONSTRUCTION PERFORMANCE BOND ( Bond ) is dated, is in the penal sum of. Sample Preview CONTRACTOR: Address

Construction Performance Bond. THIS CONSTRUCTION PERFORMANCE BOND ( Bond ) is dated, is in the penal sum of. Sample Preview CONTRACTOR: Address Construction Performance Bond THIS CONSTRUCTION PERFORMANCE BOND ( Bond ) is dated, is in the penal sum of [which is one hundred percent of the Contract Price], and is entered into by and between the parties

More information

City of Lincoln, Nebraska CONTRACT FOR CONSTRUCTION DESIGN SERVICES

City of Lincoln, Nebraska CONTRACT FOR CONSTRUCTION DESIGN SERVICES City of Lincoln, Nebraska CONTRACT FOR CONSTRUCTION DESIGN SERVICES THIS CONTRACT, executed in triplicate, is between the City of Lincoln, Nebraska (City) and (Architect), a corporation of the state of,

More information

Revised January 2011. You must submit with the application the following documentation:

Revised January 2011. You must submit with the application the following documentation: Charlie A. Dooley County Executive Sheryl L. Hodges, D.E., P.E., L.P.G. Director MECHANICAL LICENSING Guidelines for completing the Application for Contractor License Contractor License Categories: Mechanical,

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

SECTION 00100 NOTICE TO BIDDERS IVY TECH COLLEGE OF INDIANA NMC INFRASTRUCTURE IMPROVEMENTS INDIANAPOLIS, INDIANA

SECTION 00100 NOTICE TO BIDDERS IVY TECH COLLEGE OF INDIANA NMC INFRASTRUCTURE IMPROVEMENTS INDIANAPOLIS, INDIANA Ivy Tech Community College of Indiana, hereinafter referred to as the Owner, furnishes the following information and special instructions to prospective Bidders desiring to submit Bids for the Work on

More information

NEW JERSEY BOARD OF PUBLIC UTILITIES. ELECTRIC POWER and/or GAS SUPPLIER INITIAL APPLICATION INSTRUCTIONS

NEW JERSEY BOARD OF PUBLIC UTILITIES. ELECTRIC POWER and/or GAS SUPPLIER INITIAL APPLICATION INSTRUCTIONS NEW JERSEY BOARD OF PUBLIC UTILITIES ELECTRIC POWER and/or GAS SUPPLIER INITIAL APPLICATION INSTRUCTIONS All applications submitted to the New Jersey Board of Public Utilities must be completed and include

More information

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING MISSOURI MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF Name Addres s FOR CONSTRUCTING OR IMPROVING Central Office Warehouse Renovation Phase I Jefferson City, Missouri

More information

PENNSYLVANIA HOUSING FINANCE AGENCY ADDENDUM TO OWNER-ARCHITECT AGREEMENT FOR DESIGN SERVICES AND CONSTRUCTION CONTRACT ADMINISTRATION

PENNSYLVANIA HOUSING FINANCE AGENCY ADDENDUM TO OWNER-ARCHITECT AGREEMENT FOR DESIGN SERVICES AND CONSTRUCTION CONTRACT ADMINISTRATION PENNSYLVANIA HOUSING FINANCE AGENCY ADDENDUM TO OWNER-ARCHITECT AGREEMENT FOR DESIGN SERVICES AND CONSTRUCTION CONTRACT ADMINISTRATION THIS ADDENDUM shall amend the American Institute of Architects Document

More information

STATE OF OKLAHOMA WORKERS COMPENSATION COURT 1915 NORTH STILES OKLAHOMA CITY, OKLAHOMA 73105-4904 SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION

STATE OF OKLAHOMA WORKERS COMPENSATION COURT 1915 NORTH STILES OKLAHOMA CITY, OKLAHOMA 73105-4904 SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION STATE OF OKLAHOMA WORKERS COMPENSATION COURT 1915 NORTH STILES OKLAHOMA CITY, OKLAHOMA 73105-4904 SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION IN THE MATTER OF THE PERMIT OF ) ) ) S U R E T Y B

More information

Appendix F Subdivision Street Construction Applications and Forms

Appendix F Subdivision Street Construction Applications and Forms Appendix F Subdivision Street Construction Applications and Forms Subdivison Street Construction Process: Applicant submits the following: o Copy of the recorded record plan o Approved construction drawings

More information

Document A312 TM SURETY. (Name, legal status and principal place of business)

Document A312 TM SURETY. (Name, legal status and principal place of business) Performance Bond Document A312 TM 2010 CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT Date: Amount: $ Description: (Name and location) Uninterruptible

More information

MEMORANDUM OF AGREEMENT SUMMARY

MEMORANDUM OF AGREEMENT SUMMARY MEMORANDUM OF AGREEMENT Project Name/Description: Owner(s): Owner s (Owners ) Address/Phone/Email: Owner Type: Private Property Address/Vicinity: SHF Project Number: # Grant Amount: Total Estimated Project

More information

Instructions Application for a Business License

Instructions Application for a Business License New Jersey Office of the Attorney General Division of Consumer Affairs Fire Alarm, Burglar Alarm and Locksmith Advisory Committee 124 Halsey Street, 6th Floor, Newark, NJ 07102 http://www.njconsumeraffairs.gov/fbl/

More information

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments. OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for administration of construction manager

More information

NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34

NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34 NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34 34-201. Notice of intention to receive bids and enter contract; procedure; doing work without

More information

SURETY BOND (CORPORATION) (Public Resources Code 2773.1)

SURETY BOND (CORPORATION) (Public Resources Code 2773.1) DEPARTMENT OF CONSERVATION OFFICE OF MINE RECLAMATION and the COUNTY OF SAN BERNARDINO SURETY BOND (CORPORATION) (Public Resources Code 2773.1) Bond No. KNOW ALL PERSONS BY THESE PRESENTS, THAT THE UNDERSIGNED

More information

LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND INSTALLATION AT THE POLICE DEPARTMENT

LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND INSTALLATION AT THE POLICE DEPARTMENT INFORMAL BID PACKAGE NO. 12-38 CITY OF BEVERLY HILLS PUBLIC WORKS & TRANSPORTATION - PROJECT ADMINISTRATION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED CARPET REMOVAL AND

More information

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

More information

REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT

REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT QUOTE NUMBER: 14-0118-3 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be

More information

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014 TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

More information

HOW TO OBTAIN A NEW CONTRACTOR LICENSE

HOW TO OBTAIN A NEW CONTRACTOR LICENSE HOW TO OBTAIN A NEW CONTRACTOR LICENSE These instructions apply to new licenses only. If you wish to add a classification or a qualifying party to an existing license, please see HOW TO ADD A CLASSIFICATION

More information

GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS

GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS HARRISBURG, PENNSYLVANIA MAY 2014 EDITION Guidelines for the DGS Small Business Reserve Program For Construction Contracts 1 General a.) Pursuant to

More information

PAYROLL SERVICE AGREEMENT. On this day of, 2016, this PAYROLL SERVICE AGREEMENT. ( Agreement ) is entered into by and between ("EMPLOYER")

PAYROLL SERVICE AGREEMENT. On this day of, 2016, this PAYROLL SERVICE AGREEMENT. ( Agreement ) is entered into by and between (EMPLOYER) PAYROLL SERVICE AGREEMENT On this day of, 2016, this PAYROLL SERVICE AGREEMENT ( Agreement ) is entered into by and between ("EMPLOYER") and WE PAY Payroll Processing Company, 3 W. Olive Street, Suite

More information

BRIARWOOD CAPITAL MANAGEMENT INC. MANAGED ACCOUNT AGREEMENT

BRIARWOOD CAPITAL MANAGEMENT INC. MANAGED ACCOUNT AGREEMENT BRIARWOOD CAPITAL MANAGEMENT INC. MANAGED ACCOUNT AGREEMENT THIS MANAGED ACCOUNT AGREEMENT (the "Agreement") is made by and between BRIARWOOD CAPITAL MANAGEMENT INC., a New York corporation (the "Advisor")

More information

INSTRUCTIONS FOR SURETY BOND (Warranty)

INSTRUCTIONS FOR SURETY BOND (Warranty) INSTRUCTIONS FOR SURETY BOND (Warranty) PRINCIPAL: SURETY: Utility Connection Permit and Date of Permit: (1) (2) (3) KNOW ALL BY THESE PRESENTS: That PRINCIPAL, and SURETY as identified above, are bound

More information